Request for Information (RFI) - Project Manager, Short and Intermediate Effectors for Layered Defense Maneuver-Short Range Air Defense Increment 4
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Army Portfolio Acquisition Executive (PAE) Fires, Project Manager, Short and Intermediate Effectors for Layered Defense (SHIELD) has issued a Request for Information (RFI) for Maneuver-Short Range Air Defense (M-SHORAD) Increment 4. This RFI seeks information on potential sources and solutions to provide air defense capabilities for dismounted maneuver forces, defeating unmanned aircraft systems (Groups 1-3) and rotary/fixed-wing close support aircraft. The Army is interested in vehicle-agnostic, SLED or pallet-based systems that are modular and leverage a Modular Open System Approach (MOSA). Responses are due by April 6, 2026.
Purpose & Scope
This RFI is for market research and planning purposes only; it is not a request for proposal and will not result in a contract award. The Army aims to identify solutions for M-SHORAD Increment 4, focusing on protecting dismounted maneuver forces, including Joint Forcible Entry (JFE) and light mounted maneuver operations. Solutions should be C-130 transportable, air droppable, and sling load capable. The desired system should be vehicle-agnostic, compatible with light tactical vehicles like the Infantry Squad Vehicle (ISV) or Robotic Combat Vehicle (RCV), and provide its own power for independent operation. The USG seeks intellectual property and data rights to enable affordable reconfiguration, evolution, and repair of the system.
Key Objectives & Characteristics
- Cost: Affordable system; cost information for potential solutions is desired.
- Schedule: Candidate solutions should deliver capabilities in the near- to mid-term (FY27-29).
- Priority Performance: Interoperability with Integrated Air and Missile Defense (IAMD) Battle Command System for Maneuver (IBCS-Maneuver) C2, independent operation of Inc 4 capabilities, reconfigurable SLED-mounted hardware with MOSA, and capability to operate from vehicular platforms without full integration.
- Additional Performance: Vehicle-mounted and dismounted operations, multiple modular effectors/sensors (e.g., Stinger, Coyote, APKWS, 30mm cannon, EW capability, active/passive sensing), JFE capability, network enabled, human-machine integration (remote operation, robotics, GUIs), AI/ML, and Model-Based System Engineering (MBSE).
Response Requirements
Respondents must provide:
- Business Information: Company/Institute name, address, POC, CAGE Code, UEI (DUNS no longer required), phone, email, URL, and small business status.
- Solution Description: How the candidate solution(s) meet RFI requirements and objectives, key performance capabilities, SWaP considerations, and any required changes to existing Programs of Record.
- Risks: Top three technical and programmatic risks for development, integration, test, and production.
- Modularity & Open System Architecture: Approach to modularity, MOSA, and validation.
- Intellectual Property & Data Rights: How the solution meets the Government's IP/data rights objectives for reconfigurability and evolution.
- Capability: Unclassified capability against specified threats.
- Readiness Levels: Projected Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) with supporting information. TRL 2 projects will be considered.
Submission Details
- Format: White paper, no more than 15 pages (12-point font for text, 9-point for figures; cover pages do not count towards limit).
- Classification: All responses must be unclassified. Proprietary information should be marked and accompanied by the statement "Releasable to USG Agencies and their supporting Contractors for Review Only." CUI submissions are acceptable via DoD SAFE link.
- Submission Method: Email to Christopher.m.caputo.civ@army.mil and stephanie.l.lambert14.civ@army.mil.
- Questions: Directed to the Army Contracting Command point of contact for up to 14 days after publication.
Timeline
- Published: March 27, 2026
- Questions Due: April 10, 2026 (14 days after publication)
- Response Due: April 6, 2026 (30 days after publication)